Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

B -- EDAPT

Notice Date
6/14/2011
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA702211R0029EDAPT
 
Point of Contact
Michelle Raines, Phone: 321-4947-320, Karen Hayes, Phone: 321-494-6298
 
E-Mail Address
michelle.raines@patrick.af.mil, karen.hayes@patrick.af.mil
(michelle.raines@patrick.af.mil, karen.hayes@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for a competitive services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This synopsis is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Air Force Intelligence, Surveillance and Reconnaissance Agency (AFISRA) have been tasked to solicit for and award a contract for the Environmental Modeling Simulation Decision Aid Product (EDAPT) project. The work includes developing, enhancing, and modifying EDAPT to display and analyze worldwide observed and gridded meteorological data using Google Earth and other visualization tools. EDAPT will be an automated modeling system which will be structured to (1) facilitate upgrading its interface and architecture compatible with existing computing environment; (2) to efficiently organize the model results file management system; and (3) to incorporate advanced diagnostic for applicable transport and dispersion (T&D) models such as California Meteorological Model (CALMET), California Puff Model (CALPUFF), High Order Turbulence Model for atmospheric Circulation (HYSPLIT), and Second-Order Closure Integrated Puff Model (SCIPUFF). Majority of the work is expected to be accomplished at the contractor's facility. The contractor must be able to demonstrate the capability to provide the technical assistance and have knowledge and extensive expertise to include: a. Oracle database usage. b. The development of tools for the set-up and execution of multiple simultaneous transport and dispersion (T&D) model submissions with diagnostics to check for set-up and results errors and T&D model input and results manipulation software tools. c. Latest techniques for moving, gridding, and/or contouring large data files (multiple gigabytes) quickly, and for processing the spatial, temporal and ensemble results properties. d. Understanding and experience with all aspects of T&D models (e.g., interface, T&D, and Visualization) to include their data input requirements, execution, and analysis of output (e.g., CALMET, CALPUFF, HYSPLIT, and SCIPUFF). e. Software maintenance, data analysis, and evaluation techniques. f. Various programming languages, networking and operating systems software, programming and implementation on various computer platforms to include but not limited to Visual Basic, Linux Server and MS Windows platforms. g. Modifying various T&D models (i.e. SCIPUFF) to improve model run-times. h. Plotting software applications, such as Surfer9 and Google Earth. i. Maintain and control the software configuration baselines. j. Modifying and improving EDAPT as various components are modified (e.g., new weather data format); added (e.g., new T&D models); or improved (e.g., models run on Graphic Processing Units (GPU) cards vice Linux clusters). SECURITY REQUIREMENT: The prospective sources are required to have DoD security clearances of at least the SECRET level. Participation in this potential effort requires both a facility clearance and storage capability at the SECRET level. The prospective sources are required to support secure communication capabilities at the SECRET level. This acquisition will be conducted on a restricted basis, without set-aside. The applicable National American Industrial Classification Standard (NAICS) code for this procurement is 541620 Environmental Consulting Services. The size standard for NAICS 541620 is $7M. The RFP will be available electronically on approximately 29 June 2011 on this website only. It is the responsibility of the prospective offerors to monitor the Federal Business Opportunities website (https://www.fbo.gov) for the solicitation and amendments. Fax, telephone, written, or email requests for the solicitation package will not be honored. (NO HARD COPIES OF THE SOLICITATION AND/OR AMENDMENT WILL BE ISSUED FOR ANY REASON). Contract award is anticipated for Oct 2011. An Indefinite Delivery Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of 5-years for Operation and Maintenance (O&M) and Research and Development (R&D) efforts. It is anticipated that the contract will be awarded using Cost Plus Fixed Fee CLINs. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (See internet site: https://www.bpn.gov/ccr/default.aspx ). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-333-0505. All responsible firms may submit a proposal after issuance of the RFP and shall be considered for contract award. Proposals must be submitted via hard copy only. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above. The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the AF ISR Agency ombudsman, Ms. Veronica Solis, A7K, 102 Hall Street, Ste 258, San Antonio TX 78243-7091, phone: 210-977-4504, fax: 210-977-6414, e-mail: veronica.solis@lackland.af.mil. Point of contact is Ms. Michelle Raines, Contracting Officer, AF ISR Agency/A7KRB, 1030 South Highway A1A, MS1000, Patrick AFB FL 32925, e-mail: michelle.raines@patrick.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6390557c2533310a42cd3751d2ad51ef)
 
Place of Performance
Address: 1030 S. HWy A1A, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02472332-W 20110616/110614235007-6390557c2533310a42cd3751d2ad51ef (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.